Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

R -- Computer Support Services at Fort Sam Houston, TX

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124J11T0025
 
Response Due
9/27/2011
 
Archive Date
11/26/2011
 
Point of Contact
Viktoria Reed, 210-221-4030
 
E-Mail Address
MICC Center - Fort Bragg
(viktoria.s.reed@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION W9124J-11-T-0025 COMPUTER SUPPORT SERVICES HEALTH CARE ACQUISITION ACTIVITY (HCAA) FORT SAM HOUSTON, TEXAS (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W9124J-11-T-0025, is issued as a Request for Quote (RFQ) to procure computer support services. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53, Effective 4 August, 2011. (iv) Notice of Service Disabled Veteran Owned Small Business. This solicitation is a Service Disabled Veteran Owned Small Business set aside. Quotes received from other than small business concerns will not be considered. The associated NAICS code is 541519, Other Computer Related Services, and size standard is $25M. (v) This requirement is to provide all labor, equipment, materials, supplies, tools, transportation, supervision, training and other items and/or services necessary to provide computer support services as follows: CLIN 0001 Computer Support Services; The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items and/or services necessary to provide computer support services in accordance with attached PWS; Quantity: 12 months CLIN 0002 Contractor Manpower Reporting; The contractor is required to enter data into the Contractor Manpower Reporting (CMR) system. See PWS for detailed information regarding the CMR system; Quantity: 1 Each (vi) The requirement shall be Firm Fixed Price (FFP). (vii)Required computer support services will be performed at Fort Sam Houston, TX from 1 October 2011 to 30 September 2012: (viii)Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered (considering price and ability to meet the description of work) (xi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures (lowest price technically acceptable) and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. The following factors shall be used to evaluate offers: Factor A. Technical Capability of the Items Offered to Meet the Government Requirement; Factor B. Price; Factor C. Past Performance The Technical Capability evaluation provides an assessment of the offeror's capability to satisfy the Government's requirements. The offeror's must demonstrate a thorough knowledge and understanding of how to fulfill the Government's requirement through the illustration of how computer support services will be performed. Limit - 5 pages. Technical Capability factor will receive "acceptable" or "unacceptable" rating as follows: RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation UnacceptableProposal does not clearly meet the minimum requirements of the solicitation Past Performance will be evaluated using information obtained from the references provided by the Offeror as well as past performance information independently obtained by the Government. It will be evaluated based on "Acceptable" or "unacceptable", demonstrating recent and relevant Past Performance as defined in Addendum to FAR 52.212-1, Instructions to Offeror's - Commercial Items, para 3 (i), in order to be determined "Acceptable". Past Performance Ratings: RatingDescription AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/ unacceptability, "unknown" shall be considered "acceptable." UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Price: Price will be evaluated using the procedures of FAR 13.106-2. The Government will evaluate the price by adding the total price for CLINS 0001 and 0002. Award: Award will be made to the responsible Offeror who receives an "Acceptable" rating on their Technical Capability and Past Performance and offering the lowest price determined fair and reasonable. (xii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award. ISSUE BY DODDAC: W9124J ADMIN BY DODDAC: W9124J INSPECT BY DODAAC: To be determined at time of award. ACCEPT BY DODAAC: To be determined at time of award. LOCAL PROCESSING OFFICE DODAAC: To be determined at time of award. PAYMENT OFFICE DODDAC: To be determined at time of award. PAYMENT OFFICE FISCAL STATION CODE: To be determined at time of award. 2. Insurance Requirement The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, "Insurance - Work on a Government Installation." KIND: AMOUNT: Workmen's Compensation Amount required by the State in which this contract is performed and Occupational Disease Insurance Employer's Liability Insurance $100,000 Comprehensive General Liability $500,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability $200,000 per person $500,000 per occurrence for Bodily Injury and Damage $20,000 per occurrence for Property 3. Federal Holidays Federal Holidays are: New Year's Day1 January Martin Luther King Jr., BirthdayThird Monday in January George Washington's BirthdayThird Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor DayFirst Monday of September Columbus DaySecond Monday of October Veteran's Day11 November ThanksgivingFourth Thursday of November Christmas Day25 December When a holiday falls on a Sunday, the following Monday will be observed as a holiday and when a holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government Agencies. Wage Determination No.: 2005-2521, revision 12 dated 13 June 2011 applies to this contract. Current Wage Determination may be downloaded from the following website: http://www.wdol.gov/ (xiv)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.232-18 -- Availability of Funds, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi)Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (xvii) Submission of proposals shall be forwarded by Tuesday, 27 September 2011, 4:00 PM SDT. Offerors shall provide a quote using the pricing schedule provided in Appendix 1 of this combined synopsis/solicitation. (xviii) Submission of Quotes: Quotes shall be forwarded to Ms. Viktoria Reed via email to: Viktoria.s.reed.civ@mail.mil.. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is Viktoria Reed. She may be reached at 210-221-4030 or via email at Viktoria.s.reed.civ@mail.mil. PERFORMANCE WORK STATEMENT (PWS) MEDCOM HealthCare Acquisition Activity Computer Support Services 1. GENERAL/SCOPE. Health Care Acquisition Activity (HCAA) requires computer technician services to provide guidance and assistance and performs technical support assignments to independently resolve hardware and software problems. 1.1. BACKGROUND. Health Care Acquisition Activity (HCAA) primarily contracts for health care services in support of the Army Medical Department (AMEDD). HCAA awards and administers contracts for a variety of services, to include nurses, transcription services, reference laboratory services, imaging maintenance services, physicians, dentists, pharmacists, ancillary services, and a variety of medical-specific technicians. HCAA also contracts for other health care related services in support of the Army health care mission, such as hospital housekeeping, laundry and linen distribution, regulated medical waste and contract advisory/assistance services. 1.2. OBJECTIVE The objective is to award a single Firm Fixed Price commercial services contract award to perform the services as described. A FFP contract with a performance based work statement is determined to be the most advantageous and appropriate for this type of service. 1.3. PERSONNEL 1.3.1.The Contractor shall provide experienced personnel to perform the required services. The Government and the Contractor understand and agree that the services to be delivered are non-personal services and both parties recognize and agree that no employer-employee relationships exist between the Government and the Contractor and/or between the Government and the Contractor's employees. Contactor personnel performing under this contract shall not be placed in a position where they are employed by a Federal Officer or are under the supervision, direction, or evaluation of a Federal Officer, military or civilian. 1.3.2. Contractor personnel shall conform to standards of conduct and code of ethics, which are consistent with those applicable to Government employees as provided in the Joint Ethics Regulation 5500.7.R. Contractor personnel shall present a neat professional appearance and be easily identified. This shall be accomplished by wearing distinctive clothing bearing the company name or by wearing appropriate badges that contain the company name and employee' name. 1.3.3. Contractor personnel will obtain a vehicle pass for access to Ft. Sam Houston and Common Access Cards (CAC) for computer access. 1.4. SPECIAL QUALIFICATIONS/CERTIFICATIONS: 1.4.1. The Contractor shall ensure employees have all required professional certifications/licenses (current and valid) before commencement of work. The Contractor shall be proficient in Standard Procurement System (SPS) Procurement Desktop 2, Knowledge of PRWeb, GFEBS, EXCEL, WORD, Inventory Procedures, CAPS-W, EDA, and EDI. 1.5 PERIOD OF PERFORMANCE: The Period of Performance (POP) will be from 1 October 2011 to 30 September 2012. 1.6 GENERAL INFORMATION: 1.6.1 Contract Work location. Work performed in accordance with this PWS shall be at Fort Sam Houston, TX. 1.6.2 Security and Safety: Contractor personnel or any representative of the Contractor entering the Fort Sam Houston installation shall abide by all security regulations and shall be subject to security checks. Contractor personnel shall be lawfully employable in the United States. Government rules, regulations, laws, directives and requirements, in place or issued during the performance period shall apply to all Contractor personnel. The Contractor shall be solely responsible for any costs resulting from Contractor's employee violations. All DoD Contractor employees must undergo a background investigation as directed by Department of the Army G-2. Said investigation may include a background check with FBI, DHS, JTTF, NSA, DSA, and other federal agencies as required. Investigations may also include personal interviews or polygraph exams. Each Facility Security Officer (FSO) must setup a profile in the Joint Personnel Adjudicative System (JPAS) for each Contractor employee within 5 working days of employment. Contractor personnel shall obtain a favorable determination by the Government prior to commencement of duties associated with this contract. As a condition of employment, the Contractor shall obtain and maintain criminal background checks on all employees to cover the last three years and the last three residences. Criminal background checks shall be completed prior to the contract performance start date. Contractor's employee background check shall be favorable in order for the employee to perform services under the contract. Results of background checks shall be provided to the installation security office when requested. Personnel with outstanding felony warrants or felony convictions pose a security risk and shall not perform services under this contract. The Contractor shall comply with all applicable Department of Defense (DoD) security regulations and procedures during the performance of this contract. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. 1.6.2.1. Identification of Privacy Act. This contract requires the development of a system of records in accordance with the Privacy Act of 1974. 1.6.2.2. Neither the Contractor nor any of its contract service providers shall disclose or cause to disseminate any information concerning operations of military activities. Such action(s) could result in violation of the contract and possible legal actions. 1.6.2.3. All inquiries, comments or complaints arising from any matter observed, experienced, or learned of as a result of or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, shall be directed to the COR and the KO. 1.6.2.4. The Contractor shall only conduct business with designated government personnel listed as COR or ACOR. Names of authorized personnel shall be provided to the Contractor by the government, in writing, and updated as necessary throughout the contract period. 1.6.2.5. U.S. Government records, copies of original results and reports, verified original data, corrected data, and corrected supporting final reports are maintained by the Contractor, but remain the property of the U.S. Government. These files/results must be surrendered to the COR. 1.6.2.6. Information Technology and Telecommunications (ITT) and Information Assurance(IA). All DoD Contractor employees whose duties are in the Information Technology and Telecommunications (ITT) and Information Assurance (IA) areas will be assigned a position sensitivity of IT-I or IT-II. Personnel designated as an IT-1 must obtain and maintain a Single Scope Background Investigation (SSBI). Personnel designated as an IT-II must obtain and maintain a National Agency Check with Local Agency and Credit Check (NACLC). Each FSO will forward the requests for background investigations to the Office of Personnel Management (OPM) within 3 working days of receipt of all required paperwork. If contract becomes classified the Garrison Security Office must be notified. All Contractor personnel requiring elevated network privileges (e.g. administrator, super user, etc) must comply with training and certification requirements set forth in DoD 8570.01-M, December 19, 2005 Information Assurance Workforce Improvement Program Incorporating Change 1, May 15, 2008. All personnel requiring network access must sign an acceptable use policy (AUP) and accomplish user training prior to being granted a network account. 1.6.2.7. Installation Passes. The COR will coordinate the issuance of required installation passes to Contractor personnel, if applicable. Contract personnel shall wear a badge that clearly identifies them as a contract employee. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment in full view at all times, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 1.6.2.8. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 1.6.2.9. The Contractor shall be responsible for safeguarding all government equipment, information and property provided for Contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. 1.6.2.10. Key Control N/A 1.6.2.11. Lock Combination N/A 1.7. PHYSICAL REQUIREMENTS AND WORK ENVIRONMENT. The work is primarily performed in an office setting involving normal day-to-day risks and discomforts. The Contractor shall be responsible for ensuring that their employees are familiar with and follow normal safety precautions typical in an office environment. 1.8. QUALITY CONTROL/QUALITY ASSURANCE. 1.8.1. Quality Control (if applicable) : The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The Quality Control Plan shall be delivered to the COR for delivery to the KO within 30 days of contract award. In the event revisions are required the Contractor shall return the revised QCP within five (5) working days of receipt of notification to revise. After acceptance of the quality control plan the Contractor shall receive the KO's acceptance in writing of any proposed change to his QC system. The Contractor shall provide the COR a monthly report due the first business day of each month outlining records of inspections, noted discrepancies and the corrective measures taken to prevent future reoccurrences. The Contractor shall update the QCP as required and provide copies to the KO and COR. 1.8.2 Quality Assurance: The government shall evaluate the Contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.9. HOURS AND DAYS OF OPERATIONS. On-site services shall be performed between the hours of 0730a.m. to 1630 p.m. Monday through Friday, not to exceed 40 hrs/week, excluding federal holidays. List of recognized Federal Government holidays are as follow: New Years Day Dr. Martin Luther King's Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day 1.10. CONTRACTING OFFICER'S REPRESENTATIVE (COR). The Government will provide a COR and/or an Alternate COR (ACOR). The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the KO and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. ACOR's will also be identified by separate letter and designated by the KO. The designation letter will outline the duties of responsibilities delegated to the ACOR. 1.11. POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The KO, COR/ACOR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO will apprise the Contractor of how the government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. The Government will prepare and distribute a signed report of each meeting to attendees within 5 working days after the meeting. The Contractor shall annotate any area of non-concurrence, and submit a written explanation of the reason for its non-concurrence to the Contracting Officer no later than 3 working days after receipt of the report. 1.12. KEY PERSONNEL: The Contractor shall provide a Project Manager (PM) who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the PM is absent shall be designated in writing to the KO within 24 hours of contract award. The PM or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or alternate shall be available between (insert hours)the hours of 07:30 - 16:30. The Contractor shall provide written notice to the Contracting Officer prior to changing the Project Manager or alternate Project Managers no later than five (5) working days prior to the change. 1.13. IDENTIFICATION OF CONTRACTOR EMPLOYEES: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 1.14. DATA RIGHTS: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.15. FILES. The Contractor shall maintain complete and accurate files of documentation, records, and reports required under the terms of this contract, IAW AR 25-400-2, The Army Records Information Management System. The Contractor shall not allow access to the files by any Government agency, non-Governmental agency, or individual unless specifically authorized by the Contracting Officer. Files shall be made available to the Contracting Officer or designated representative upon request. 1.16. TRAINING. Contractor shall be responsible for ensuring all Contractor employees are trained to perform all tasks associated with this PWS. Part 2 DEFINITIONS AND ACRONYMS 2. DEFINITIONS AND ACRONYMS. 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the KO to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE SURVEILLAND PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTSCommercial Off the Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit Part 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Facilities: The government will provide office space. 3.2. Equipment: The Government will provide a desk, telephone, computer, scanner, fax machine, printer and all other items necessary to maintain office environment. 3.3. Materials: The Government will provide Standard Operating Procedures and Policies. Part 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.0. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES 4.1. General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. Part 5 SPECIFIC TASKS 5. SPECIFIC TASKS. 5.1. The contractor will provide computer support services as follows: 5.1.1. The contractor will provide guidance and assistance and performs technical support assignments to independently resolve hardware and software problems. 5.1.2. The contractor will provide support to technical specialist in a wide range of assignments related to areas of software and hardware installation and movement, and maintenance. 5.1.3. The contractor will assist HCAA Property book manager with equipment turn-in and inventory of HCAA equipment as required. 5.1.4. The contractor will independently provide in-house support for repair of selected hardware items. 5.1.5. The contractor will assist with or set-up Video Teleconferences (VTCs). 5.1.6. The contractor will support Procurement Desktop (PD2) at one local and six remote sites to include upgrading the workstation interface software (PD2 client) as releases from CACI are received. 5.1.7. The contractor will coordinate with Defense Finance and Accounting Service (DFAS), CACI and Department of the Army (DA) for technical solutions for PD2 issues and external interface systems. 5.1.8. The contractor will solve or coordinate a solution for many operational problems with personal computers, laptops, communication networks, workstation client software, external data interfaces, and contracting system server software. 5.1.9. The contractor will coordinate with Information Technology and Telecommunications (ITT) for end-user workstations and software. 5.6. DELIVERABLE: CMR ReportingReporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar yearElectronic copy MS Word, Excel Spreadsheet and electronic version Contracting Officer Representative 5.6.2. Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including Sub-Contractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Part 6 PERFORMANCE REQUIREMENTS SUMMARY PERFORMANCE OBJECTIVE PERFORMANCE STANDARDPERFORMANCE THRESHOLDINCENTIVES/ DISINCENTIVES Team Work and CooperationPerform monthly Sybase database maintenance with the Computer Automation Team Strengthen working relationship with FSH NEC, CACI and ART Team at Fort Lee Virginia There is no deviation to this tasks, maintenance must completed with 24 hrs.Positive Contractor performance Assessment System Reporting Negative Contractor Performance Assessment System Reporting and/or no award of future option years Customer RelationsRespond to customer within 48 hours on any PD2, terminal server, of SPS-I issues when users are remote and local contracting sites call, email of visit office.. No more than four (4) validated customer complaints per month Positive Contractor performance Assessment System Reporting Negative Contractor Performance Assessment System Reporting and/or no award of future option years Resource ManagementEnsure The PD2 database remain up and accessable for all MEDCOM contract specialist and contracting officersUp- Time of 99% Translates downtime to be no more than 1.68 hours per week; 7.2 hours per month and 3.65 days per yearPositive Contractor performance Assessment System Reporting Negative Contractor Performance Assessment System Reporting and/or no award of future option years Database BackupContractor shall backup up operational database.No more than 2 missing backups per month.Positive Contractor performance Assessment System Reporting Negative Contractor Performance Assessment System Reporting and/or no award of future option years Part 7 Estimated Workload Data ItemName/DescriptionEstimated Quantity Avg # of PersonnelAnnual Man-hours 1Computer Specialist11920 APPENDIX 1 PRICING SCHEDULE ITEMSUPPLIES/SERVICESQTYUNIT UNIT PRICE AMOUNT 0001Computer Support12Months _________ __________ Services The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items and/or services necessary to provide computer support services in accordance with attached PWS. ITEMSUPPLIES/SERVICESQTYUNIT UNIT PRICE AMOUNT 0002Contractor Manpower 1Each Reporting The contractor is required to enter data into the Contractor Manpower Reporting (CMR) system. See PWS for detailed information regarding the CMR system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a927b82110c9df7e1d344459c92a6b36)
 
Place of Performance
Address: Mission Contracting Office - Fort Sam Houston 2107 17TH STREET BLDG 4197 FORT SAM HOUSTON TX
Zip Code: 78234
 
Record
SN02587979-W 20110924/110922235122-a927b82110c9df7e1d344459c92a6b36 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.